Tender

Metal Presentation Seats and Plaques

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2025/S 000-003508

Procurement identifier (OCID): ocds-h6vhtk-04db20

Published 3 February 2025, 4:01pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Susan Lowrie

Email

susan.lowrie@edinburgh.gov.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Metal Presentation Seats and Plaques

Reference number

CT1441

two.1.2) Main CPV code

  • 39113600 - Benches

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of Metal Presentation Seats and Plaques

two.1.5) Estimated total value

Value excluding VAT: £237,455

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39113600 - Benches

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Edinburgh

two.2.4) Description of the procurement

Provision of Metal Presentation Seats and Plaques.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Extend up to 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurance Requirements:

- Employers (Compulsory) Liability Insurance – 10 million GBP

- Public Liability Insurance – 5 million GBP

- Comprehensive Motor Vehicle – 5 million GBP

Specific Turnover Requirements:

- A minimum “general” annual turnover of 95,000 GBP for the last two financial years

- Current ratio for Current Year: 1.10

- Current ratio for Prior Year: 1.10

Minimum level(s) of standards possibly required

Insurance Requirements:

- Employers (Compulsory) Liability Insurance – 10 million GBP

- Public Liability Insurance – 5 million GBP

- Comprehensive Motor Vehicle – 5 million GBP

Specific Turnover Requirements:

- A minimum “general” annual turnover of 95,000 GBP for the last two financial years

- Current ratio for Current Year: 1.10

- Current ratio for Prior Year: 1.10

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly

involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.

SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause

in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days

and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is

taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate

change emergency).

SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the

minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner

Organisation’s locations) when delivering the specified services.

SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering

Organisations with more than 5

employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.

It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.

Minimum level(s) of standards possibly required

SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly

involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.

SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause

in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days

and include a point of contact for sub-contractors to refer to in the case of payment difficulties.

SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is

taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate

change emergency).

SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the

minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner

Organisation’s locations) when delivering the specified services.

SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering

Organisations with more than 5

employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.

It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

6 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: February 2030

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=789484.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits guidance document has been attached as part of the tender pack.

Community benefits will be agreed with the winning bidder and the Council, if benefits are due.

(SC Ref:789484)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789484

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EG1 1LB

Country

United Kingdom